COMMERCE BUSINESS DAILY ISSUE OF AUGUST 7, 2001 PSA #2909
ANNOUNCEMENTS
72 -- FURNISH AND INSTALL CARPET AND VINYL BASE
- Notice Date
- August 3, 2001
- Contracting Office
- Directorate of Contracting, Attn: AFRC-FM-DC, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153
- ZIP Code
- 54656-5153
- E-Mail Address
- click here to access the Contract Specialist (dawn.sharp@emh2.mccoy.army.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the Simplified Acquisition Procedures in FAR 13 and the format in subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. DAKF61-01-Q-0074 is issued as a Request for Quotation (RFQ) is due by COB 24 Aug 2001. This RFQ is small business set-aside, the SIC code is 2273, the NAICS code is 314110 and the small business size standard is 500 employees. CLIN 0001 Furnish and install carpet/vinyl base, (remove existing carpet and vinyl, prepare floors and install new carpet and vinyl base) 1 JB $______________. ______ SUMMARY OF WORK: (Request drawing via fax or email) Remove existing carpet and vinyl base, prepare floors, and install new carpet tile and new vinyl base. SCOPE OF WORK: Provide all materials, labor, tools, equipment, transportation and supervision to remove existing carpet, install new carpet, vinyl base, and transition strips in designated areas. Includes preparation of existing surface to meet installation requirements per product manufacturers specifications and installation of all necessary termination/reducers at doorways and transitions. PRODUCT SPECIFICATIONS: Carpet tile Lee's Commercial Faculty IV in colors specified on the drawing. Carpet shall be tufted performance loop pile, minimum 1/8" gage with 8.3 stitches per inch. Yarn shall be Antron Legacy BCF Nylon; yarn dyed with stain resistant protection, 26 oz. Minimum face weight per square yard of carpet tile. Carpet tile shall have thermabond backing, reference "LEES" commercial faculty IV. Must meet DOC-FF-1-70, NFPA Class 1 and NFPA-258. Vinyl Base shall be color coordinated to carpet tile selected by government. Base shall be cove base and can be continuous run or sections. Base shall be 4" high and minimum of 1/8" thick. Color coordinated base to be as shown on the drawing. WARRANTEES: Carpet Manufacturer shall provide lifetime non-prorated guarantee for labor, material, and freight against edge ravel, delamination, tuft bind, stain resistance and wear. Successful bidder must guarantee to replace material, to include labor and freight for unsatisfactory installation and/or material. Contractor is responsible for disposal of all carpet and installation debris from the job. Contractor is responsible for measuring areas and estimating correct amount of material required to complete the job. Installation is to be completed no later than 30 days after award. Coordination with building occupant will be required to allow for furnishings removal. A schedule of work/timetable is to be provided by the contractor and approved by the COR prior to commencing work. The purpose of this is to give the government sufficient time to move furnishings and to keep disruption of daily activities to a minimum. Site visits are available and encouraged when set up with the POC. POC: Harry Dugan 608-388-5396. Job Location: Building 1913, Fort McCoy, WI. This solicitation document incorporates provisions and clauses in effect through Federal Acquisition Circular 97-26. FAR clauses may be accessed at http://farsite.hill/af/mil/ The following provisions and clauses are applicable: 52.212-1, Instructions to Offerors Commercial; 52.212-2 Evaluation of Commercial Items (i) technical capability of the item to meet the stated requirement, (ii) price, (iii) past performance; para (b) technical capability and past performance when combined are equally as important as price. To evaluate the technical, offeror must submit product literature demonstrating the products features and performance; 52.212-3 Alt III Offeror Representations and Certifications Commercial Items; 52.212-4 Contract Terms and Conditions Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Items with 52.222-19 Child Labor Cooperation with Authorities and Remedies (E.O. 13126), 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era, 52.222-36 Affirmative Action for Workers with Disabilities, and 52.222-37 Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33 Payment by Electronic Funds Transfer Central Contractor Registration (31 U.S.C. 3332); 52.237-2 Protection of Government Buildings, Equipment and Vegetation; 52.211-6 Brand name or equal. DFAR clauses 252-212-7001 Contract Terms and Conditions Required to Implement Statues or Executive Order Applicable to Defense Acquisitions of Commercial Items; 252.225-7000 Buy American Act Balance of Payments Program Certificate; 252-225-7002 Qualifying country sources as subcontractors; 252-204-7004 Required Central Contractor Registration (NOTE: you must be Central Contractor Registered (1-888-227-2423 or www.ccr2000.com in order to be considered for award)). In accordance with FAR 39.106, the contractor shall ensure that the offered product is Year 2000 compliant. PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.) and MUST INCLUDE THE FOLLOWING INFORMATION: solicitation number (DAKF61-01-Q-0074), offerors complete mailing and remittance address, discount terms, unit price, warranty information, product literature, offerors DUNS #_____________ Cage code ________, and completed 52.212-3. Quotes and applicable literature must be received at DBS, Contracting, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153 no later than COB (1630 hours) 24 August 2001. POC for additional information is the Contract Specialist, Dawn M. Sharp, 608-388-8459, fax 608-388-7080, e-mail dawn.sharp@emh2.mccoy.army.mil Numbered Note 1 100% small business set-aside applies.
- Web Link
- click here to access DBS, Contracting web site (http://www.mccoy.army.mil/garrison/DBS/DOC)
- Record
- Loren Data Corp. 20010807/SPMSC027.HTM (W-215 SN50T904)
| SP - Special Notices Index
|
Issue Index |
Created on August 3, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|